SOLICITATION NOTICE
R -- A/E Design Services
- Notice Date
- 12/15/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Directorate of Contracting, Fort Dix, Building 5418, 3rd Floor, South Scott Plaza, Fort Dix, NJ 08640-6150
- ZIP Code
- 08640-6150
- Solicitation Number
- W91LV2-06-R-AE01
- Response Due
- 1/4/2006
- Archive Date
- 3/5/2006
- Small Business Set-Aside
- N/A
- Description
- A-E Services for the preparation of design and construction documents for all phases ofrepair/replacement/restoration type construction to include but not limited to rehabilitation/construction of buildings, building repairs, additions and alterati ons, road and site improvements, sanitary and storm water systems, utility systems, HVAC and plumbing systems, fire protection systems, electrical distribution systems, environmental testing, abatements and surveys, asbestos, lead and PCB abatement, fire a larm systems, and shall also require design and construction documents including plans, specifications, cost estimates, design analyses, and construction services for various projects related to the above, in the following states: California, Arizona, Neva da, Texas, New Mexico, Oklahoma, Louisiana, Arkansas, Oregon, Washington, Montana, Wyoming, Utah and Colorado. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for a Base Period with two (2) Option Periods. Task Orders for both the ba se period and option periods shall not exceed $1,000,000.00 and each task order will not exceed $250,000.00. The cumulative total of all task orders for both the base period and both option periods shall not exceed $3,000,000.00. Task Orders for each con tract period may be issued for a period of up to one year from the date of contract award or $1,000,000.00, whichever occurs first. The Government has the right to exercise an option after the monetary limit is reached prior to the expiration of the base period. (If at the last option year, all one million dollars was not utilized during the base or the first option years, a modification will be performed to provide the remaining funds to the second option year.) The Governments' obligation to guarantee a minimum amount for payment will apply to the base period and all subsequent option periods. The guaranteed minimum is $20,000 for the base period and $10,000 for each of the option periods. The contract is anticipated to be awarded in February/March 2006 . This announcement is being solicited as Unrestricted. An additional award may result from this synopsis, for a period of up to one (1) year after the date of selection approval. All interested contractors are reminded that the successful firm will be ex pected to place subcontracts to the maximum possible extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan will be required prior to award in accord ance with FAR 52.219-9, Small Business and Small Disadvantaged business Subcontracting Plan. For informational purposes, the Small Business Size Standard is $4.0 Million in annual average gross revenues for the last three (3) fiscal years, the NAICS Code is 541310, and the SIC Code is 8712. SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are secondary and will be used as tie-breakers among technically equal f irms. A. PROFESSIONAL QUALIFICATIONS: The firm selected and it's consultants must have experience in the following disciplines and have the appropriate registration in the states listed above; Senior Environmental Engineer, Environmental Scientist, Sen ior Geo-technical Engineer, Geo-technical Engineer, Senior Geologist/Hydrogeologist, Archeologist, Geologist/Hydrogeologist, Toxicologist, Environmental/Engineer Technician, GIS Analyst, Clerk/Word Processor, Architectural, Civil, Structural, Mechanical, E lectrical, and Environmental Engineering capabilities including Topographical and Geo-technical Surveying capabilities are required. The firm must also identify a Fire Protection/Detection Specialist /Engineer, Certified Industrial Hygienist, (Certificati on Number & Date Received Required) Lead/Asbestos Abatement Inspector, Specification Writer, Cost Estimator, 2-Man Survey Crew. Maintenance and repair design ex perience and new construction design experience is required. Familiarity with Military Design is preferred for major disciplines. Firms not having full in-house capability must demonstrate how they will manage consultants and insure quality control. The f irm shall submit a Quality Assurance/Quality Control Plan as part of their submission. The firm shall identify the quantity and number of personnel in each discipline available in their working office. B. SPECIALIZED EXPERIENCE AND TECHNICAL CAPABILITY: Previous experience with design of projects on military installations/academic environment is preferred. Responding firms should indicate their ability to access an electronic bulletin board through an IBM compatible PC. Past experience with R.S. Means cost books and the most current version of Excel, or the firm's capability to use these programs is required. In addition, firms should indicate their Computer Aided Design and Drafting (CADD) capability. The selected firm will be responsible for designi ng to current industry standards. C. CAPACITY TO ACCOMPLISH WORK: Firms must demonstrate the ability to complete work within the required time frame specified for each individual task order, including multiple task orders. Provide examples of both in t he SF 330. D. PAST PERFORMANCE: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Provide all recent ACASS evaluations, (Within last 5 years) (e xcellent performance evaluations on projects that have recently been completed will be considered) or letters of recommendation for those firms that have not held previous government contracts. E. LOCATION. Location of the firm within the general geograph ical area of the proposed requirement(s). F. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business fi rms and firms that have not had prior DOD contracts. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentag e of the total estimated effort. SUBMISSION REQUIREMENTS: Closing date for submitting SF330s is 4 January 2006. This is NOT a Request for Proposal (RFP). All requirements of this announcement MUST be met for a firm to be considered responsive. These g uidelines should be closely followed since they constitute procedural protocol in the manner in which the selection process is conducted. Firms must submit their qualifications on SF330. It should reflect the overall firm's capacity and the personnel dedi cated to the work to be performed on this contract (i.e. the proposed design team). The SF330 shall contain no more than 10 projects for the prime and any consultants combined. The Prime Firm's ACASS ID Number, CAGE Code, and DUNS number should be include d. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small business. Supplemental information, such as cover letters will not be taken into consideration. Submittals submitte d by FAX will not be accepted and considered non-responsive. Firms using consultants should submit information for their consultants. Prior to final selection, firms considered the Most Highly Qualified to accomplish the work may be interviewed by telep hone or by formal presentation. Notification of firms shall be made within 5 calendar days after approval of the Final selection (those firms eliminated after pre-selection approval shall also received notification within 10 days). Copies of all SF 330s of all firms, which are not short listed, will be held for 30 calendar days after the notifications are sent out. Any questions and/or concerns may be direct ed to annemarie.walsh@dix.army.mil. Two (2) copies of the submittals (SF330 packages) shall be sent to Ms. Annemarie Walsh, SFCA-NR-ARCC, Room 351, 5418 South Scott Plaza, Fort Dix, New Jersey.
- Place of Performance
- Address: Army Reserve Contracting Center Building 5418, 3rd Floor, South Scott Plaza, Fort Dix NJ
- Zip Code: 08640-6150
- Country: US
- Zip Code: 08640-6150
- Record
- SN00953069-W 20051217/051215212717 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |